5076499c24ae8amc

Upload: p4paji

Post on 03-Apr-2018

214 views

Category:

Documents


0 download

TRANSCRIPT

  • 7/28/2019 5076499c24ae8amc

    1/25

    1

    REQUEST FOR PROPOSAL FORMAT

    ( Particulars of the Buyer issuing the RFP)

    Invitation of Bids for Comprehensive Annual Maintenance ofservers,computers,peripherals & Networking etc.

    Request for Proposal (RFP) No. ED/3423/2013/VOL-IDated : 05.10.2012

    1. Bids in sealed cover are invited for supply of items listed in Part II of this RFP.

    2. The sealed bids may be dropped in the Tender Box marked as Quotation for

    Comprehensive Annual Maintenance Contract of Server, Computers,

    Peripherals & Networking etc, kept at the reception of this officeor sent by

    registered post at the address given below so as to reach by the due date and

    time:

    EDP & Systems Manager

    Office of the Principal Controller of Defence Accounts

    G Block, K. Kamraj Marg,

    New Delhi 110011.

    For any clarifications regarding this RFP, Shri Lalit Mohan Papne,

    Assistants Accounts Officer may be contacted at 011-23013343, 23012578,23017471 (Extn. 316)

    3. This RFP is divided into five Parts as follows:

    a. Salient Features of RFP or Tender

    b. Part I Contains General Information and Instructions for the Bidders about

    the RFP such as the time, place of submission and opening of tenders, Validity

    period of tenders, etc.

    c. Part II Contains essential details of the items/services required, such as the

    Schedule of Requirements (SOR), Technical Specifications, Delivery Period,

    Mode of Delivery and Consignee details.

    d. Part III Contains Standard Conditions of RFP, which will form part of the

    Contract with the successful Bidder.

    e. Part IV Contains Special Conditions applicable to this RFP and which will

    also form part of the contract with the successful Bidder.

  • 7/28/2019 5076499c24ae8amc

    2/25

    2

    f. Part V Contains Evaluation Criteria and Format for Price Bids.

    g. scope of work Schedule A.

    h. Annexure I to III.

    4. This RFP is being issued with no financial commitment and the Buyer reserves

    the right to change or vary any part thereof at any stage. Buyer also reserves the

    right to withdraw the RFP, should it become necessary at any stage.

  • 7/28/2019 5076499c24ae8amc

    3/25

  • 7/28/2019 5076499c24ae8amc

    4/25

    4

    9 PaymentTerms

    The payment will be released on quarterly basis only.

    10 PerformanceGuarantee.

    10% of the contract value within 30 days of receipt ofthe confirmed order.

    11 Authority foracceptance of

    tender

    PCDA , New Delhi

    Part I General information

    1. Last date and time for depositing the bids: 05.11.2011, 1200hours.

    The sealed bids (both commercial and technical) should be deposited/reach

    by the due date and time. The responsibility to ensure this lies with the

    Bidder.

    2. Procedure for submission of tender-

    a. (i) The tender documents must be submitted separately in three sealed

    covers. These sealed covers must be enclosed in big envelopes. On the

    cover of the envelope, title of the tender notice must be indicated along

    with the last date of receiving tenders. The envelope should be addressed

    to EDP System & Manager, office of the Principal Controller of Defence

    Accounts, G Block, K.Kamraj Marg, New Delhi 110011. The three sealed

    envelopes should contain

    (ii) First Sealed cover- EMD (Earnest Money Deposit ) Rs.35,000/- as

    DD/Bankers Cheque along with letter as per annexure I

    (iii) Second sealed cover- Technical Bid as per annexure II (Form A and

    Form B)

    (iv) Third sealed cover- Financial/Price Bid as per annexure III (Form A

    and Form B)

    b.Documents to be submitted in FIRST SEALED COVER:

    Earnest Money Deposit in FIRST SEALED COVER Along with duly filled

    letter in annexure I, An Earnest Money Deposit Rs.35,000/- should be

    enclosed along with the Tender in the form of Demand Draft/Bankers

    cheques of any nationalized bank or private sector bank authorized to deal

    with government service i.e. ICICI Bank, HDFC Bank or Axis Bank drawn in

  • 7/28/2019 5076499c24ae8amc

    5/25

    5

    favour of the PCDA G Block, New Delhi. The tender submitted without

    Requisite Earnest Money and cost of tender will not be entertained. No

    exemption shall be there on this account for any reason.

    c.Second Sealed Cover-

    Technical Bid in second sealed cover:- The bidder must enclose the signed

    Technical Bid in the form A & form B (Annexure- II), which should be based

    on scope of work as mentioned in Schedule A along with completely filled in

    following documents;

    (i) Technical form A of (Annexure- II) Supplier information.

    (ii) Technical form B of (Annexure II) Technical competent parameter &

    Information based on technical bid as mentioned in Schedule B.

    d.Third Sealed Cover Price Bid: It should contain Price Bid, which should

    be based on scope of work as per Schedule A and Technical Bid as per

    Schedule B. The bidder should quote the price amount along with breakup

    like Basic Price, excise duty, and other legal justified charges, CST/VAT,

    etc.in Form A and Form B of annexure III which should be firm and final.

    e. Manner of depositing bids: Sealed bids should be sent by speed

    post/registered post at the address given above so as to reach by the due

    date and time. The sealed bids may be drooped in the tender box as

    mentioned in Para 2 at Page 1 of this letter. Late tenders will not be

    considered. No responsibility will be taken for postal delay or non-delivery/

    non-receipt of bid documents. Bids sent by FAX or e-mail will not be

    considered. On the cover of the envelope, title of the tender notice must

    be indicated along withlast date of receiving tenders.

    3. Time and date for opening of bids: 05.11.2012, 1500 hrs.

    (If due to any exigency, the due date for opening of the Bids is declared a

    closed holiday, the Bids will be opened on the next working day at the sametime or on any other day/time, as intimated by the Buyer).

    4. Place of opening bids:

    Room No. 67 in office of the PCDA, G Block, K Kamraj Marg, New Delhi

    110011.

  • 7/28/2019 5076499c24ae8amc

    6/25

    6

    The bidders may depute their representatives, duly authorized in writing, to

    attend the opening of Bids on the due date and time. Rates and important

    commercial/technical clauses quoted by all Bidders will be read out in the

    presence of the representatives of all the Bidders. This event will not be

    postponed due to non-presence of your representative.

    Opening of Tender document:

    i.The envelopes containing the Technical Bid and EMD & cost of tender

    will be opened on the day of opening of the tender before the Board of

    Officer.

    ii. Envelopes of the Financial Bid will be opened only of those firms whose

    offers in the Technical bid fulfill the requirements of specified by the PCDA, G

    Block, New Delhi. Financial Bid will be opened before the technically qualified

    bidders or their representatives on same day or at a date & time to be notified

    later.

    iii. Technical Bids of those agencies/parties, which are not according to

    the tender requirements, the Financial Bid (envelope) together with EMD will

    be returned in due course of time.

    5. Forwarding of bids Bids should be forwarded by the bidders under their

    original memo / letter pad interalia furnishing details like TIN number,

    VAT/CST number, Bank address with EFT Account if applicable, etc andcomplete postal & e-mail address of their office.

    6. Modification and Withdrawal of Bids; A bidder may modify for withdraw his

    bid after submission provided that the written notice of modification or

    withdrawal is received by the Buyer prior to deadline prescribed for

    submission of bids. A withdrawal notice may be sent by fax but is should be

    followed by a signed confirmation should reach the purchaser not later than

    the deadline for submission of bids. No bid shall be modified after the

    deadline for submission of bids. No bid may be withdrawn in the interval

    between the deadline for submission of bids and expiration of the period of

    bid validity specified. Withdrawal of a bid during this period will result in

    Bidders forfeiture of bid security.

    6. Clarification regarding contents of the bids: During evaluation and

    comparison of bids, the Buyer may, at its discretion, ask the bidder for

  • 7/28/2019 5076499c24ae8amc

    7/25

    7

    clarification of his bid. The request for clarification will be given in writing and

    no change in prices or substance of the bid will be sought, offered or

    permitted. No post-bid clarification on the initiative of the bidder will be

    entertained.

    7. Rejection of bids: Canvassing by the bidder in any form, unsolicited letter

    and post-tender correction may invoke summary rejection with forfeiture of

    EMD. Conditional tenders will be rejected.

    8. Unwillingness to quote: Bidders unwilling to quote should ensure that

    intimation to this effect reaches before the due date and time of opening of

    the bid, failing which the defaulting bidder may be removed from the list for

    the given range of items as mentioned in this RFP.

    9. Validity of bids: The bids should remain valid for three months from the last

    date of submission of bids.

    10. Earnest Money Deposit: bidders are required to submit Earnest Money

    Deposit (EMD) for amount of Rs.35,000/- (Rupees Thirty Five Thousand only)

    along with their bids. The EMD may be submitted in the form of an crossed

    Bank Draft/Bankers cheque in favour of The PCDA G Block, New Delhi from

    any of the public sector banks or a private sector bank authorized to conduct

    government business as per Form DPM-16 (Available in MoD website and

    can be provided on request). EMD is to remain valid for a period of forty-five

    days beyond the final bid validity period. EMD of the unsuccessful bidders will

    be returned to them at the earliest after expiry of the final bid validity and

    latest on or before the 30th day after the award of the contract. The bid

    security of the successful bidder would be returned, after the receipt of

    Performance Security from them as called for in the contract. The EMD will be

    forfeited if the bidder withdraws or amends or impairs or derogates from the

    tender in any respect within the validity period of their tender. No interest willbe payable by PCDA, G Block, New Delhi on the Earnest Money Deposit.

  • 7/28/2019 5076499c24ae8amc

    8/25

    8

    Part II Essential Details of Items/Services required

    1. Scope of work: Scope of work is mentioned in Schedule A.

    2. Requirement of per-site/equipment inspection: - Vendor, for the purpose of

    inspection of computer hardware installed in the office premise may visit the

    site from between 4.00 PM to 5.00PM on all working days.

    2. Technical Specifications: - Technical bids are mentioned in annexure II.

    Part III Standard Conditions of RFP

    The bidder is required to give confirmation of their acceptance of the Standard

    Conditions of the Request for Proposal mentioned below which will automatically

    be considered as part of the Contract concluded with the successful Bidder (i.e.

    Seller in the Contract) as selected by the Buyer. Failure to do so may result in

    rejection of the Bid submitted by the Bidder.

    1. Law: The Contract shall be considered and made in accordance with the laws

    of the Union of India. The contract shall be governed by and interpreted in

    accordance with the laws of the Republic of India.

    2. Effective Date of the Contract: The contract shall come into effect on the

    date of signatures of both the parties on the contract (Effective Date) and

    shall remain valid for one year, until the completion of the obligations of the

    parties under the contract. The deliveries and supplies and performance of

    the services shall commence from the effective date of the contract.

    3. Arbitration: All disputes or differences arising out of or in connection with the

    Contract shall be settled by bilateral discussions. Any dispute, disagreement

    or question arising out of or relating to the Contract or relating to construction

    or performance, which cannot be settled amicably, may be resolved througharbitration. The standard clause of arbitration is as per Forms DPM-7, DPM-8

    and DPM-9 (Available in MoD website and can be provided on request).

    4. Penalty for use of Undue influence: The Seller undertakes that he has not

    given, offered or promised to give, directly or indirectly, any gift,

    consideration, reward, commission, fees, brokerage or inducement to any

  • 7/28/2019 5076499c24ae8amc

    9/25

    9

    person in service of the Buyer or otherwise in procuring the Contracts or

    forbearing to do or for having done or forborne to do any act in relation to the

    obtaining or execution of the present Contract or any other Contract with the

    Government of India for showing or forbearing to show favour or disfavour to

    any person in relation to the present Contract or any other Contract with the

    Government of India. Any breach of the aforesaid undertaking by the Seller or

    any one employed by him or acting on his behalf (whether with or without the

    knowledge of the Seller) or the commission of any offers by the Seller or

    anyone employed by him or acting on his behalf, as defined in Chapter IX of

    the Indian Penal Code, 1860 or the Prevention of Corruption Act, 1986 or any

    other Act enacted for the prevention of corruption shall entitle the Buyer to

    cancel the contract and all or any other contracts with the Seller and recover

    from the Seller the amount of any loss arising from such cancellation. A

    decision of the Buyer or his nominee to the effect that a breach of the

    undertaking had been committed shall be final and binding on the Seller.

    Giving or offering of any gift, bribe or inducement or any attempt at any such

    act on behalf of the Seller towards any officer/employee of the Buyer or to any

    other person in a position to influence any officer/employee of the Buyer for

    showing any favour in relation to this or any other contract, shall render the

    Seller to such liability/ penalty as the Buyer may deem proper, including but

    not limited to termination of the contract, imposition of penal damages,

    forfeiture of the Bank Guarantee and refund of the amounts paid by the

    Buyer.

    5. Fall clauses: If the AMC rate contract holder reduces its price or even

    offers to provide the services similar to those of the contract, at a price lower

    than the rate contract price, to any person or organization during the currency

    of the AMC contract, the same will amended accordingly.6. Access to Books of Accounts: In case it is found to the satisfaction of the

    Buyer that the Seller has engaged an Agent or paid commission or influenced

    any person to obtain the contract as described in clauses relating to

    Agents/Agency Commission and penalty for use of undue influence, the

  • 7/28/2019 5076499c24ae8amc

    10/25

    10

    Seller, on a specific request of the Buyer, shall provide necessary information/

    inspection of the relevant financial documents/information.

    7. Non-disclosure of Contract documents: Except with the written consent of

    the Buyer/ Seller, other party shall not disclose the contract or any provision,

    specification, plan, design, pattern, sample or information thereof to any third

    party.

    8. Termination of Contract: The Buyer shall have the right to terminate this

    contract in part or in full in any of the following cases:

    (a) At any time without assigning any reason after giving a notice of one

    month.

    (b) The Seller is declared bankrupt or becomes insolvent.

    (c) The Buyer has noticed that the Seller has utilised the services of any

    Indian/Foreign agent in getting this contract and paid any commission to

    such individual/company etc.

    (d) As per decision of the Arbitration Tribunal.

    (e)The Seller will not be entitled to claim any compensation against such

    termination. However, while terminating the contract, if any payment in

    terms of due to seller for maintenance services already performed in terms

    of the contract, the same would be paid to it as per the contract terms.

    10. Notices: Any notice required or permitted by the contract shall be written in

    the Hindi/English language and may be delivered personally or may be sent

    by FAX or registered pre-paid mail/airmail, addressed to the last known

    address of the party to whom it is sent.

    11. Transfer and Sub-letting: The Seller has no right to give, bargain, sell,

    assign or sublet or otherwise dispose of the Contract or any part thereof, as

    well as to give or to let a third party take benefit or advantage of the present

    contract or any part thereof.12. Patents and other Industrial Property Rights: The prices stated in the

    present Contract shall be deemed to include all amounts payable for the use

    of patents, copyrights, registered charges, trademarks and payments for any

    other industrial property rights. The Seller shall indemnify the Buyer against

    all claims from a third party at any time on account of the infringement of any

  • 7/28/2019 5076499c24ae8amc

    11/25

    11

    or all the rights mentioned in the previous paragraphs, whether such claims

    arise in respect of manufacture or use. The Seller shall be responsible for the

    completion of the supplies including spares, tools, technical literature and

    training aggregates irrespective of the fact of infringement of the supplies,

    irrespective of the fact of infringement of any or all the rights mentioned

    above.

    13. Liquidated Damage: If the vendor fails to rectify the fault including

    replacement of parts within a maximum period of two working days, a

    recovery or penalty at the rate of Rs.250/-(Rs. Two Hundred Fifty only) per

    day will be charged. Such recovery or penalty, however, will be limited to a

    maximum of 10% of AMC value.

    14 Amendments: No provision of present Contract shall be changed or modified

    in any way (including this provision) either in whole or in part except by an

    instrument in writing made after the date of this Contract and signed on behalf

    of both the parties and which expressly states to amend the present Contract.

    15) Taxes and Duties

    i) General

    1. If Bidder desires to ask for Sales Tax / VAT extra, the same must be

    specifically stated. In the absence of any such stipulation, it will be presumed

    that the prices include all such charges and no claim for the same will be

    entertained.

    2. If reimbursement of any Duty/Tax is intended as extra over the quoted prices,

    the Bidder must specifically say so. In the absence of any such stipulation it

    will be presumed that the prices quoted are firm and final and no claim on

    account of such duty/tax will be entrained after the opening of tenders.

    3. If a Bidder chooses to quote a price inclusive of any duty/tax and does not

    confirm inclusive of such duty/tax so included is firm and final, he shouldclearly indicate the rate of such duty/tax and quantum of such duty/tax

    included in the price. Failure to do so may result in ignoring of such offers

    summarily.

    4. If a Bidder is exempted from payment of any duty/tax upto any value of

    supplies from them, he should clearly state that no such duty/tax will be

  • 7/28/2019 5076499c24ae8amc

    12/25

    12

    charged by him up to the limit of exemption which he may have. If any

    concession is available in regard to rate/quantum of any Duty/tax, it should be

    brought out clearly. Stipulations like, the said duty/tax was presently not

    applicable but the same will be charged if it becomes leviable later on, will not

    be accepted unless in such cases it is clearly stated by a Bidder that such

    duty/tax will not be charged by him even if the same becomes applicable later

    on. In respect of the Bidders, who fail to comply with this requirement, their

    quoted prices shall be loaded with the quantum of such duty/tax which is

    normally applicable on the item in question for the purpose of comparing their

    prices with other Bidders.

    5. Any change in any duty/tax upward/downward as a result of any statutory

    variation in exercise taking place within contract terms shall be allowed to the

    extent of actual quantum of such duty/tax paid by the supplier. Similarly, in

    case of downward revision in any duty/tax, the actual quantum of reduction of

    such duty/tax shall be reimbursed to the Buyer by the Seller. All such

    adjustments shall include all reliefs, exemptions, rebates, concession etc. if

    any obtained by the Seller.

    v) Octroi Duty & Local Taxes: Octroi exemption certificate will be provided by

    the buyer.

    Part IV Special Conditions of RFP

    The Bidder is required to give confirmation of their acceptance of Special

    Conditions of the RFP mentioned below which will automatically be considered

    as part of the Contract concluded with the successful Bidder (i.e. Seller in the

    Contract) as selected by the Buyer. Failure to do so may result in rejection of Bid

    submitted by the Bidder.

    1. Performance Guarantee:

    The Bidder will be required to furnish a Performance Guarantee by way of BankGuarantee through a public sector bank or a private sector bank authorized to

    conduct government business (ICICI Bank Ltd., Axis Bank Ltd or HDFC Bank

    Ltd.) for a sum equal to 10% of the contract value within 30 days of receipt of the

    confirmed order. Performance Bank Guarantee should be valid up to 60 days

  • 7/28/2019 5076499c24ae8amc

    13/25

    13

    beyond the date of warranty. The specimen of PBG is given in Form DPM-15

    (Available in MoD website and can be provided on request).

    2. Option Clause: The contract will have an Option Clause, wherein the Buyer

    can exercise an option to extend the AMC for one year in accordance with the

    same terms & conditions of the present contract. This will be applicable within the

    currency of contract. The Bidder is to confirm the acceptance of the same for

    inclusion in the contract. It will be entirely the discretion of the Buyer to exercise

    this option or not.

    3. Tolerance Clause To take care of any change in the requirement during the

    period starting from issue of RFP till placement of the contract, Buyer reserves

    the right to increase or decrease the quantity of the computer hardware proposed

    for AMC without any change in the terms & conditions and prices quoted by the

    Seller.

    4. Validity of the contract: The contract should be valid for one year from date

    of signing of both the parties on the contract. However, if there is any reduction in

    prices/taxes in the market is noticed, vendor should pass on the benefit of the

    reduced prices to the buyer.

    5. Payment Terms:The payment will be made by PCDA New Delhi through

    electronic mode (RTGS/NEFT). The payment will be released on quarterly

    basis only. The bank details like bank account number, bank name, IFSC Code,

    MICR Code for E-payment must be submitted with the bill.

    6.Security: As the working site of the PCDA, New Delhi is in Restricted Areas

    comes under the jurisdictions of Defence Security Zone. It is responsibility of

    buyer to clear the police verification of its professional who will be visiting PCDA,

    New Delhi for maintenance of Computer Equipments & networking.

    Part V Evaluation Criteria & Price Bid issues

    1. Evaluation Criteria - The broad guidelines for evaluation of Bids will be as

    follows:

    a. Only those bids will be evaluated which are found to be fulfilling all the

    eligibility and qualifying requirements of the RFP, both technically and

    commercially.

  • 7/28/2019 5076499c24ae8amc

    14/25

    14

    b. The Lowest Bid will be decided upon the lowest price quoted by the

    particular Bidder as per the Price Format given at Form A (Annexure III).

    The consideration of taxes and duties in evaluation process will be as

    follows:

    i. Ultimate cost to the buyer would be the deciding factor for ranking of

    bids.

    ii. Sales tax and other local levies, i.e. octroi, entry tax etc would be

    ignored.

    iii. The Bidders are required to spell out the rates of VAT, Service Tax, etc

    in unambiguous terms; otherwise their offers will be loaded with the

    maximum rates of duties and taxes for the purpose of comparison of

    prices.

    iv. If there is a discrepancy between the unit price and the total price that

    is obtained by multiplying the unit price and quantity, the unit price will

    prevail and the total price will be corrected. If there is a discrepancy

    between words and figures, the amount in words will prevail for

    calculation of price.

    v. The Lowest Acceptable Bid will be considered further for placement

    of contract / Supply Order after complete clarification and price negotiations

    as decided by the Buyer.

    Yours Sincerely,

    (R.S.Sangwan)Accounts Officer

  • 7/28/2019 5076499c24ae8amc

    15/25

    15

    Annexure IEMD Letter with Bank Draft

    (To be inserted in First Envelope)Tender number ED/3423/2013/VOL-I

    Date. / /2012

    To,The PCDAG Block, K.Kamraj MargNew Delhi 110011.

    Subject: Submission of Earnest Money deposit and cost of tender document.

    Dear Sir,

    1. With reference to Tender numberED/3423/2013/VOL-I, The required

    Earnest Money deposit Rs.35,000/- (Rupees Thirty Five Thousand

    only) is being deposited vide Bank Draft number ----------------- dated -

    ------- from ( name of bank, branch name, city) -------------------------------

    ------------------------------------------------------------------- is attached with

    this letter for consideration of tender.

    2. The price of tender document Rs.100/- (Rupees One Hundred only), is

    attached along with this letter as Demand Draft/Bankers Cheque No.---

    ---------date ------ of ------------------- (Name of Bank) in favour of ThePCDA, G Block, payable at New Delhi.

    Thanking you,

    ------------------------------------

    (Authorised Signatory)

    Name ----------------------------

    Seal of organization

  • 7/28/2019 5076499c24ae8amc

    16/25

    16

    Annexure II Form A

    Principal Controller of Defence AccountsG Block, K.Kamraj Marg, New Delhi 110011.

    Tender Number:- ED/3423/2013/VOL-I

    SUPPLIER INFORMATION( To be inserted in second Envelope of Technical bid then sealed )

    S.No. Particulars Relevant information from firm/company

    1 Name of the firm/company

    2 Postal Address of thefirm/company

    3 Telephone Nos. , MobileNos. & Fax Number

    4 Email address, if any

    5 Name of contact person,designation with MobileNo. (if any)

    7Commercial Tax

    department

    VAT No

    TIN No.

    8 Income tax PAN Number

    9 Court cases against youor your firm/ company (ifany),

    Yes/No

    10 If yes, brief account ofthese cases and theirstatus. (Enclose extra sheets)

    .....

    ------------------------------------(Authorised Signatory)

    Name ----------------------------

    Seal of organization

  • 7/28/2019 5076499c24ae8amc

    17/25

    17

    FORM B

    Annexure II

    Principal Controller of Defence AccountsG Block, K.Kamraj Marg, New Delhi 110011.

    Tender Number ED/3423/2013/VOL-ITechnical BidTechnical competence Parameters & Information.

    (To be inserted in Second Envelope & then sealed )

    Sl.No. Particular Confirmation(in Yes/No)

    Remarks

    1. ISO certificate of minimum one year old.

    2 The firms turnover of minimum of Rs.50 lakhs orabove for preceding two financial years.

    3 Firm has Office/Branch at Delhi.

    4 Service Tax No.

    5 VAT Registration No.6 Firm has ESIC registration No.

    7 Firm has EPF registration No.

    8 Firm has TIN Number9 Firm has PAN Number

    10 Minimum two (02) years of experience inGovernmentOrganizations/Undertaking/PSUs/Reputed privatefirms in rendering Comprehensive AMC ofComputer Hardware & Networking

    11 One past contract of Rs. 5 Lakhs or above inGovernment

    Organizations/Undertaking/PSUs/Reputed privatefirms in AMC of computer Hardware.

    12 One running contract of Rs.5 Lakhs or above inGovernmentOrganizations/Undertaking/PSUs/Reputed privatefirms in AMC of computer Hardware.

    13 One past contract Rs.2 Lakhs or above in GovtOrganizations/Undertaking/PSUs/Reputed privatefirms in AMC of Networking.

    14 One running contract of Rs.2 Lakhs or above inGovt Organizations/Undertaking/PSUs/Reputedprivate firms in AMC of Networking.

    Supportingdocumentshould beattached.

    Note: Attach extra sheet, if required

    (Signature and seal of Authorized signatory)

  • 7/28/2019 5076499c24ae8amc

    18/25

    18

    FORM A

    Annexure -IIIPrincipal Controller of Defence Accounts

    G Block, K.Kamraj Marg, New Delhi 110011.Tender Number ED/3423/2013/VOL-I

    FINANCIAL BID/PRICE BID

    ( To be inserted in Third Envelopes & then sealed )

    1. Name of firm/company: ..

    2. Address: .

    .

    3. Total amount of items 1 to 7 in rupees based on tender scope of work,

    technical Bid and terms & conditions : Comprehensive AnnualMaintenances Contract of Computer hardware and networking

    4.( in figures ) Rs..

    (in words) Rs.

    Place ..

    Date .

    Signature of Authorized signatory

    Name & Seal

  • 7/28/2019 5076499c24ae8amc

    19/25

    19

    FORM BAnnexure -III

    Principal Controller of Defence AccountsG Block, K.Kamraj Marg, New Delhi 110011.

    Tender Number ED/3423/2013/VOL-IFORMAT FOR FINANCIAL /PRICE BID with price breakup

    The vendor must fill all columns, only successful vendors whose technical bid qualifies for financial bid will beopened. Items to be covered under AMC are as under. Configuration of Servers, PCs & Laptop attached as ScheduleC.

    Sr.No.

    HARDWARE QuantityMonth &Year ofpurchase

    Unit rate(in Rs.)

    Taxes,if any

    (in Rs.)

    TotalAmount(in Rs.)

    01 Servers

    i) IBM X3800 Servers (configuration attached) 01 Jan 2007

    02 Desktop PCs

    i) IBM PIV DESKTOP (3.0 GHz etc.) 02 Aug 2006

    ii) HCL P-IV Desktop PCs 10 July 2007

    iii) Hp Compaq dx 2280 98 April 200804 Printers

    i) Hp Laser Printer (MONO) HP LJ 1022n 23 Feb 2008

    ii) Hp Laser Printer HP 1007 13 March 2009

    iii) Hp COLOR LASER PRINTERS (HP CLJ 2700n) 04 Feb 2008

    iv) Hp Laser Jet P1505n 20 Feb 2010

    v) Samsung Color Laser Jet CLP 310N 02 March 2010

    vi) HP color Laser Jet CM2320FXI 1 March 2011

    vii) HP color Laser Jet CP2025dn 1 June 2011

    Viii) HP color Laser Jet CP1525n 1 June 2011

    ix) Hp Laser jet printer 1020 plus (AMC will commence from1

    stApril 2013)

    4 March 2012

    05 UPS

    i) ONLINE UPS 5 KVA (MAKE: UNILINE) 02 March 2004

    II) OFFLINE UPS 500 VA (MAKE UNILINE, 02 BATTERY) 60 Dec 2007

    Iii) Online UPS 3KVA 02 Aug 2007

    iv) Online UPS 5KVA (Make Tritronics) (AMC will commencefrom 1

    stApril 2013)

    14 March 2012

    06 SCANNER

    i) HP 5590 02 Feb 2008

    ii) HP SCANJET G2410 02 March 2009

    07 Networking

    i) Layer 2 Switch- WSC 296024 TT -L (Make Cisco) 10

    ii)Layer 3 Switch-WSC3560G-24TS-S3560 GTS ( MakeCisco )

    2

    iv) 24 Port Jack Panel ( D Link) 12

    v) 17 LCD display drawer with 8 port KVM switch 1

    In Jan 2008the networksetup has

    beenestablished

    Signature of Authorized signatoryName & Seal

  • 7/28/2019 5076499c24ae8amc

    20/25

    20

    SCHEDULE-A

    SCOPE OF WORK

    1. As per our estimates, contractor will require to place following professional

    at PCDA, New Delhi for undertaking the tasks to be carried under Annual

    Maintenance Contract.

    Sl.No.

    Requirement Unit Services Desirable Experien

    ce

    1 ResidentEngineer

    2 Trouble shooting andrepair of computerssystem etc as per scopeof work (including bothsoftware and hardware)

    Engineers should

    be able to resolve

    the problem of

    computer

    hardware/software

    and networking etc.

    >3 years

    2. The maintenance service will be provided on all working days from 0930 hrs

    to 1800 hrs (Monday to Friday).

    3. Provision for availability of service engineers on Saturday, Sunday & other

    Gazzetted holidays should be made in case of exigencies for which no extra

    charge would be paid.

    4. Repair & Maintenance Service.

    4.1 Computer Hardware

    All parts of Servers, Desktop Computers, Laser Printers, Dot Matrix Printers

    (Printer Cables, printer knobs, paper guide, power codes, cables, power

    adapter, Laser Printer fuser assembly set, Paper tray(s), teflon etc.,) Logic

    Card of the UPS, Logic card of Printers, Glass and Logic Card of the

    Scanner, excluding ribbons, printer head and toner cartridges, shall be

    covered under the Comprehensive Annual Maintenance Contract. With

    regard to IBM Servers, any spares, if replaced, should be of OEM. For

    defective hard disk, the contractor will provide the new hard disk at no extra

    cost and the defective hard disk will remain the property of the PCDA New

  • 7/28/2019 5076499c24ae8amc

    21/25

    21

    Delhi. The replaced parts/faulty parts/old obsolete parts will be came the

    property of the PCDA, New Delhi.

    4.2 With respect to the Networking, the following are covered:

    Switch 2960/3560 : All logical problems will be covered in AMC like : O/s

    problem, BIOS problem, Hanging problem, port problem. If switch is found

    not in working condition support will be back to back from Cisco Singapore.

    The vendor will need to provide stand by switch (any make) if problem is not

    resolved within two days.

    LIU: AMC should cover for Fiber problem, Link, Connector, connectivity

    between switches.

    Nodes I/O :AMC should cover connector problem, I/O re-crimping, dust

    problem, data transfer problem like Ping Command & wiring problems from

    switch to node.

    Jack Panel: Connectivity between jack panel to switch and I/O. Jack panel

    port need to re-crimp.

    LCD :Any type of logical problem should be covered in AMC viz., logic card

    problem, no display problem, keyboard key problem, etc.

    5. Response Time: The response time of the seller should not exceed 4 hours

    from the time of breakdown intimation is provided by the Buyer.

    6. The contractor will be required to provide a total of 95% up time of all

    equipment under the contract.

    7. Installation of operating systems Windows XP, LINUX, Windows 98,

    Windows Server 2003/2008 (including setting up/configuring mail server and

    making backup arrangements), Visual Fox Pro 6.0 Applications,

    8. Anti virus :- An antivirus server will be setup in the office. All the computers

    connected to LAN will be updated through the server regularly. The same will

    be updated online once a day. All connected job will be managed by theresident engineer. In addition, antivirus management in respect of the PCs

    will also be done by the resident engineer.

    9. Creating and troubleshooting of windows active directory service.

    10. Maintain the systems inventory details in proper manner and Resolving anti-

    virus issues at client side.

  • 7/28/2019 5076499c24ae8amc

    22/25

    22

    11. Update of the software/drivers required for the networking components

    during the contract period.

    12. Maintain and configuring Windows Server 2003/2008 - Domain controller.

    Creating and maintaining of users, taking backup of system and other related

    activities under windows advanced server.

    13. The systems support should include the trouble shooting for O.S. (i.e.

    Windows XP, LINUX etc.) creating and deleting of network ID, network rights

    management, configuration management etc.

    14. Trouble Shooting in Hardware and related issues.

    15. Trouble shooting/software support should also be extended to all the

    Hardware which is under warranty.

    16. The preventive maintenance should be completed during the first week of

    every quarter.

    17. The numbers indicated in the Form B of Annexure III may vary (increase /

    decrease) to any extend as per the discretion of PCDA NEW DELHI.

    18. If the vendor fails to rectify the fault including replacement of parts within a

    maximum period of two working days, a recovery or penalty at the rate of

    Rs.250/- (Rs. Two hundred fifty only) per day will be charge. Such recovery

    or penalty however limited to a maximum of 10% of AMC value.

    19. Whenever any equipment cannot be repaired on site within two working days

    time, the vendor shall have to provide replacement of the equipment of

    matching specification, till the said equipment is repaired. If he is not able to

    repair the equipment, he will supply new equipment of same specification and

    brand. Prior permission of the PCDA, New Delhi would be required in case

    certain components/sub systems are to be shifted out of the location. On such

    occasions , before taking over the goods or components, the seller will give

    suitable bank guarantee to the Buyer to cover the estimated current value ofitem being taken. Payment will be released on quarterly basis in arrears

    based on successful maintenance and on submission of preventive

    maintenance completion certificate.

    20. The vendor shall have to execute a contract with the Department,

    incorporating the term and conditions.

  • 7/28/2019 5076499c24ae8amc

    23/25

    23

    21.The contractor shall be required to hand over all the equipment in working

    condition at the time of end/termination of the contract, otherwise the equipment

    found faulty, shall be made good at his risk and cost, by arranging its repairs, if

    any, shall be deducted from the liable payments/performance bank guarantee as

    applicable.

  • 7/28/2019 5076499c24ae8amc

    24/25

    24

    Schedule -B

    TECHNICAL BIDS

    Tenders are invited from only those firms which follow the following

    conditions. Supporting documents, may please be attached else the firm will be

    disqualified at the Technical bid stage itself and the financial bid will not be

    opened. All the documents should be in the following sequence and should be

    properly flagged.

    1. The Firm should have ISO certification of minimum one year old.

    2. The firm must have turnover of minimum of Rs.50 lakhs or above for

    preceding two financial years.

    3. Firm must have an Office / Branch at Delhi/NCR Delhi.

    4. Service Tax Registration Certificate.

    5. The firm must have ESIC registration.

    6. The firm must have EPF registration.

    7. The firm must have TIN No.

    8. The firm must have PAN No.

    9. Minimum two (02) years of experience in Government

    Organizations/Undertaking/PSUs/Reputed private firms in rendering

    Comprehensive AMC of Computer Hardware & Networking (Performance

    certificate required).

    10. It must have one past contract of Rs. 5 Lakhs or above in Government

    Organizations/Undertaking/PSUs/Reputed private firms in AMC of

    computer Hardware.

    11. It must have one running contract of Rs.5 Lakhs or above in Government

    Organizations/Undertaking/PSUs/Reputed private firms in AMC of

    computer Hardware.12. It must have one past contract Rs.2 Lakhs or above in Govt

    Organizations/Undertaking/PSUs/Reputed private firms in AMC of

    Networking.

  • 7/28/2019 5076499c24ae8amc

    25/25

    13. It must have one running contract of Rs.2 Lakhs or above in Govt

    Organizations/Undertaking/PSUs/Reputed private firms in AMC of

    Networking.